San Bernardino header
File #: 10626   
Type: Consent Status: Passed
File created: 7/29/2024 Department: San Bernardino County Flood Control District
On agenda: 8/6/2024 Final action: 8/6/2024
Subject: Contract with Bert W. Salas, Inc. for the San Timoteo Basin Levee Repair Project in the City of Redlands Area
Attachments: 1. ATT-FCD 8-6-24 Con with Bert W. Salas, Inc. for San Timoteo Basin Levee Repair, City of Redlands Area, Addendum No. 2, 2. CON-FCD 8-6-24-Con with Bert W. Salas Inc. for San Timoteo Basin Levee Repair City of Redlands Area, 3. MAP-FCD 8-6-24 Con with Bert W. Salas, Inc. for San Timoteo Basin Levee Repair Project, City of Redlands Area, 4. ATT-FCD 8-6-24 Con with Bert W. Salas, Inc. for San Timoteo Basin Levee Repair, City of Redlands Area, Addendum No. 1, 5. Item #56 Executed BAI, 6. 24-697 Executed Contract

REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS

OF SAN BERNARDINO COUNTY FLOOD CONTROL DISTRICT

AND RECORD OF ACTION

 

August 6, 2024

 

FROM

NOEL CASTILLO, Chief Flood Control Engineer, Flood Control District 

 

SUBJECT

Title

Contract with Bert W. Salas, Inc. for the San Timoteo Basin Levee Repair Project in the City of Redlands Area

End

 

RECOMMENDATION(S)

Recommendation

Acting as the governing body of the San Bernardino County Flood Control District:

1.                     Approve Addendum No. 1, issued on July 3, 2024, and Addendum No. 2, issued on July 8, 2024, to the bid documents for the San Timoteo Basin Levee Repair Project in the City of Redlands area.

2.                     Award a contract to Bert W. Salas, Inc. in the amount of $4,540,169 for the San Timoteo Basin Levee Repair Project in the City of Redlands area.

3.                     Authorize a contingency fund of $454,016 for the San Timoteo Basin Levee Repair Project in the City of Redlands area.

4.                     Authorize the Chief Flood Control Engineer of the San Bernardino County Flood Control District to approve the expenditure of the contingency fund of $454,016 for verified quantity overruns for this unit priced construction contract.

5.                     Authorize the Chief Flood Control Engineer of the San Bernardino County Flood Control District to order any necessary changes or additions in the work being performed under the contract for a total amount not to exceed $150,000 of the $454,016 contingency fund, pursuant to Public Contract Code section 21061(d).

6.                     Authorize the Chief Flood Control Engineer of the San Bernardino County Flood Control District to accept the work when 100% complete and execute and file the Notice of Completion.

 (Presenter: Noel Castillo, Chief Flood Control Engineer, 387-7906)

Body

 

COUNTY AND CHIEF EXECUTIVE OFFICER GOALS & OBJECTIVES

Ensure Development of a Well-Planned, Balanced, and Sustainable County.

Provide for the Safety, Health and Social Service Needs of County Residents.

 

FINANCIAL IMPACT

Approval of this item will not result in the use of Discretionary General Funding (Net County Cost). The San Timoteo Basin Levee Repair Project in the City of Redlands Area (Project) costs will be funded with property tax revenue. Sufficient appropriation and revenue for the Project have been included in the Flood Control District (District) 2024-25 budget (1930002526 F02577).

 

BACKGROUND INFORMATION

The proposed contract with Bert W. Salas, Inc. consists of the repair of approximately of 1,440 linear feet of damaged southern levee between San Timoteo Basins 16, 17, 18, up to 520 linear feet upstream of Basin 18, to address significant erosion and scour. The levee repair includes compacting native soil and/or fill material, installation of a filter fabric material with un-grouted rock, grouted rock drop structures, installation of native soil cover along the slope, and removal/disposal of approximately 15,000 cubic yards of deposited earthen material. 

 

On December 19, 2000 (Item No. 16), the Board of Supervisors (Board) certified the Final Environmental Impact Report, State Clearing House No. 1998094013, which included ongoing maintenance of the San Timoteo Creek system. Additionally, on December 28, 2020, the District received its State regulatory permit from the California Department of Fish and Wildlife and on March 19, 2023, the District received its Federal regulatory permit from the United States Army Corps of Engineers. The District has completed its environmental requirements and has the necessary State and Federal authorizations in place to proceed with Project implementation.

 

The Project is consistent with the County and the Chief Executive Officer’s goals and objectives to provide for the safety, health, and social service needs of County residents by conveying flows to reduce the potential for flooding during storm events and to provide flood protection for the existing structures and residences within the Project area by improving drainage.

 

Following Board approval of this item, construction is anticipated to commence September 2024 and be completed by December 2024.

 

PROCUREMENT

On December 19, 2023 (Item No. 111), the Board approved the Project’s plans and specifications, as well as authorized the Chief Flood Control Engineer to advertise the Project for bids. This Project was advertised in the San Bernardino County Sun newspaper on June 4, 2024, and released on the County’s Electronic Procurement Network (ePro) on June 4, 2024, as Bid No. PWG124-LANDD-5452.  Bid notices were also provided to specified construction trade journals as required by Public Contract Code section 22036.  On July 11, 2024, the following five bids were received:

 

Contractor

Location

Total Bid

Bert W. Salas, Inc.

Lakeside, CA

$4,540,169.00

Ames Construction, Inc.

Corona, CA

$4,556,010.00

Empire Equipment Service, Inc.

Riverside, CA

$4,839,305.80

KEC Engineering

Corona, CA

$5,205,138.00

Bosco Constructors, Inc.

Chatsworth, CA

$12,250,400.00

 

There were two addendums issued during the bidding phase.

 

Addendum No. 1:                     Amend the Special Provisions, Replace pages in the brown pages, Add predetermined increase in the blue pages, Replace bid sheet, P-3, Amend plans and replace sheets 1 through 5 with sheets 1A through 5A, Provide answers to bidder questions.

 

Addendum No. 2:                     Amend the project plans to replace sheet 3A with revised plan sheet 3A.

 

The District reviewed the bids received and determined that they are responsive, and recommends that the Board award the contract to Bert W. Salas, Inc., the lowest responsive bidder.  No appeal/protest letters were received.

 

This Project will have a 10 percent contingency fund of $454,016 to compensate the contractor for verified quantity overruns, as well as changes in the contract under certain circumstances.  Under an established formula based on the contract amount, Public Contract Code section 21061(d) allows the Board to authorize the Chief Flood Control Engineer to order changes in the contract, for a total amount not to exceed $150,000 of the $454,016 contingency fund.

 

REVIEW BY OTHERS

This item has been reviewed by County Counsel (Sophie A. Curtis, Deputy County Counsel, 387-5455) on July 11, 2024; Purchasing (Michael Candelaria, Lead Buyer, 387-8258) on July 11, 2024; Finance (Jessica Trillo, Administrative Analyst, 387-4222) on July 18, 2024; and County Finance and Administration (Paloma Hernandez-Barker, Deputy Executive Officer, 387-5423) on July 22, 2024.